The RFP Database
New business relationships start here

Farming and Irrigation at Cibola NWR Unit #1


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a sources sought synopsis for acquisition planning purposes and no formal solicitation exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy is warranted.

The lower Colorado River Multi-Species Conservation Program (LCR MSCP) is a partnership of Federal and non-Federal stakeholders responding to the need to balance the use of lower Colorado River (LCR) water resources and the conservation of native species and their habitats in compliance with the Endangered Species Act. This is a long-term (50-year) plan to conserve at least 27 species along the LCR from Lake Mead to the Southerly International Boundary with Mexico through the implementation of a Habitat Conservation Plan (HCP). As part of the program, Cibola National Wildlife Refuge Unit #1 (Cibola NWR Unit #1) was selected for restoration for the benefit of LCR MSCP covered species. In order to maintain areas already restored and prepare areas for future land cover type planting, Reclamation is seeking services to support restoration activities including farming and irrigation at the Cibola NWR Unit #1. The contract will include farming services related to preparing areas for planting, management of desired land cover types, crop maintenance, and irrigation services on approximately 2,150 acres within Cibola NWR Unit #1 located within the Cibola National Wildlife Refuge in Arizona, south of Blythe CA.


Existing irrigation infrastructure exists on the original 950 acres and new infrastructure will be installed on the 1,200 acre expansion area. Extensive land preparation will also be required on the expansion area prior to planting cover crops. Neither the irrigation infrastructure nor the initial land preparation will be included in the tasks of this contract.


Reclamation is seeking sources that are capable of providing the following types of services:


Farming services including custom tillage and equipment
Seed and chemical purchase
Herbicides and fertilizer application
Application and management of cover crops
Field leveling, contouring, and preparation for mass transplanting
Irrigation services
Road maintenance
Weed maintenance


The prospective acquisition may result in a five (5) year, Firm-Fixed Price (FFP), Indefinite-Delivery Indefinitely-Quantity (IDIQ) type contract. The project period of performance (5 years) is anticipated to begin January 1, 2019 with and anticipated completion date in 2023.


Interested offerors should provide evidence that they have the personnel, expertise, equipment, tools, materials, supervision, and other items and/or services necessary to perform farming services including the list above.


The capability package should include the following information: (1) Capability statement showing recent experience doing this type of work or work similar in scope and complexity; (2) Company name and address, point of contact, phone number and email address; (3) Business size and type: 8(a), HubZone, Service Disabled Veteran, Small Business, Women-owned, Large Business, etc.


All firms should identify whether or not they are a small business or other than small business in accordance with the size standard for the North American Industry Classification System (NAICS) 115112, Soil Preparation, Planting, and Cultivating which is being considered for the project - The Small Business Size Standard for this NAICS is $7 Million. Firms may also provide recommendation for use of and alternate NAICS code.


Responsible sources are welcome to submit a capability statement on or before May 31, 2018. Submittals will be reviewed and considered by Reclamation during the solicitation planning process.


Send your capability package via email to lcr-aamopolicy@usbr.gov.


Kelli Greene, Phone (702) 293-8363, Email kgreene@usbr.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP